MODIFICATION
X -- General Services Administration (GSA) seeks to lease the following space in Charlotte Amalie USVI:
- Notice Date
- 8/28/2013
- Notice Type
- Modification/Amendment
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB Contractor - Jones Lang LaSalle Americas, Inc., 1801 K Street NW, 10th Floor, Washington, District of Columbia, 20006-4044
- ZIP Code
- 20006-4044
- Solicitation Number
- 2VI0022
- Archive Date
- 9/19/2013
- Point of Contact
- Jillian Caster, Phone: 202-719-5622
- E-Mail Address
-
jillian.caster@am.jll.com
(jillian.caster@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State:St. Thomas, USVI City:Charlotte Amalie DELINEATED AREA: North: Corner of Konges Tavear Gade with Konges Gade St, continuing east to Taameberg Gade St. South: Corner of Beltjen Road with Veterans Drive continuing along to the west to the corner of Konges Tavear Gade East: Corner of Taameberg Gade St. continuing east to the corner of De Beltjen Road West: Konges Tavear Gade, corner of Veterans Drive on the south, and Konges Gade to the north SIZE REQUIREMENT: Minimum Sq. Ft. (ABOA): 2,153 ABOA SF Maximum Sq. Ft. (ABOA):2,261 ABOA SF Rentable Sq. Ft. (RSF):2,368-2,486 RSF Space Type:Office Space TERM: Full Term:Ten (10) Years Firm Term:Five (5) Years PARKING REQUIREMENT: Two (2) spaces in total: •One (1) reserved and marked parking space •One (1) general parking space ADDITIONAL REQUIREMENTS: •Contiguous space on one floor is preferred •Offered space must be fully serviced. All services, supplies, utilities, and tenant alterations are to be provided as part of the rental consideration •The building must be a Class A and located in a prime commercial office district with attractive and prestigious surroundings with a prevalence of modern design or tasteful rehabilitation •The space must lend itself to efficient layout and be no more than twice as long as it is wide •Building must include a loading dock, loading area, or acceptable alternative •Freight elevator or passenger elevator used for freight is required if space is above ground level •Building should have a cistern and a Full load generator to provide for services during power outages and emergency situations SUBMISSION REQUIREMENTS: (This is not an invitation for bids or a request for proposals) •Building name/address •Legal property description, recent surveys, including, but not limited to environmental survey, and property identification numbers (PIN) •Location of space in the building and date it will be available •One-eighth inch scale drawing of space offered •ANSI/BOMA (ABOA) defined office area (formerly usable) square feet (USF) •Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included •Common Area Factor used to determine the RSF •Name, address, telephone number, and email address of authorized contact •In cases where an agent is representing multiple ownership entities, written acknowledgement, and •permission to represent multiple owners for the same submission •Energy Star, and sustainability building information or building and offered space will renovated to accomplish the required certifications. •Evidence of the building's capability to operate during emergencies, (cistern and full load generator are existing or will be installed at lessor's expense •A FEMA floodplain map is required to be sent with the expression of interest. The map should indicate the location of the building within the map, and address of the building •New construction will not be considered at this time The offered space must meet federal Government requirements for security, fire, safety, handicapped accessibility (ABAAS), and Sustainability. Consideration shall be based on the area profile, location, and proximity to public transportation, capacity to provide services during power outages and emergencies, security, Energy Star, and sustainability if the location would be utilized. The Government reserves the right to determine acceptability of the offered property as to the building's structural integrity; compliance with Fire & Life Safety, ABAAS, Energy STAR, and the highest safety and security of its surrounding areas. Offered spaces located within floodplain areas will not be considered. EXPRESSIONS OF INTEREST: Expressions of Interest Due: September 4, 2013 Market Survey (Estimated): September 2013 Occupancy Date(Estimated): April 2014 Send Expressions of Interest to: Name/Title:Jillian Caster Address:1801 K St NW, Suite 1000, Washington, D.C. 20006 Office/Fax: 202-719-5622 Email Address:jillian.caster@am.jll.com Government Contact: Lease Contracting Officer:Wanda Cadilla, 2PRJ Address:Federico Degetau Federal Building, #150 Carlos Chardon Ave., Rm 359, Hato Rey, PR 00918 Office/Fax: 787-281-4909 Email Address:wanda.cadilla@gsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/2VI0022/listing.html)
- Place of Performance
- Address: Federico Degetau Federal Building, #150 Carlos Chardon Ave., Rm 359, Hato Rey, Puerto Rico, 00918, United States
- Zip Code: 00918
- Zip Code: 00918
- Record
- SN03166589-W 20130830/130829000730-adbf8e2326dde76dc9c9eabd19c62928 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |